Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

67 -- Establishment of BPAs for the National Museum of the US Army (NMUSA) - Attachments

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Army, Headquarters, Department of the Army, AMVID - ARMY VISUAL INFO CENTER, 2530 Crystal Drive #7136, ARLINGTON, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
W912JY18BPANMUSA
 
Archive Date
10/2/2018
 
Point of Contact
Nina Lin, , LaToya Hall,
 
E-Mail Address
nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil
(nina.t.lin.civ@mail.mil, LaToya.S.Hall.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3: Business Declaration Attachment 2: BPA Terms and Conditions Attachment 1: Statement of Work (SOW) The Army Multimedia Visual Information Directorate (AMVID), Production Acquisition Division (PAD) and Defense Media Activity (DMA) are issuing this combined synopsis/solicitation for the establishment of Multiple Blanket Purchase Agreements (BPAs) to provide follow-on video production work to supplement existing products created for NMUSA. These BPAs will be established using FAR Subpart 13.5 procedures. This acquisition is restricted to small businesses with a NAICS Code of 512110, Motion Picture and Video Production, and the associated small business size standard is $32,500,000.00 million. The Government intends to enter into not less than three (3) BPAs, and not more than five (5) BPAs. Each BPA will be reviewed annually and may remain in place for up to five (5) years. The total value of each BPA is not anticipated to exceed $500,000.00 over five (5) years. Both AMVID PAD and DMA contracting officers may issue a calls in writing up to $250,000.00. Total amount of all calls placed against each BPA shall not exceed $500,000.00 over the five-year life of the agreement. See attached Statement of Work (Attachment 1) and BPA Terms and Conditions (Attachment 2) for details. AMVID PAD and DMA contracting officers intend to issue a competitive request for quote (RFQ) on each call order to provide all BPA holders (established from this announcement) a fair opportunity to submit their proposed quotes. The evaluation methodology for each call order will be identified in each individual fair opportunity. This announcement constitutes the only solicitation the Government will issue; a written solicitation will not be posted. Capabilities statements and price quotations are requested in response to this announcement and must be submitted in accordance with the instructions contained herein. SPECIFICATIONS See Attachments: Attachment 1: Statement of Work (SOW) Attachment 2: BPA Terms and Conditions Attachment 3: Business Declaration CAPABILITY STATEMENT Interested Vendors shall provide the following capability information: (1) Statement of Experience (Pass/Fail): No more than a (1) page document that clearly demonstrates the vendor has performed video production work for NMUSA within the last 5 years. (2) Past Performance: The vendor has a proven record of successfully providing same/similar items to the Government under previous contractual arrangements or agreements in support of NMUSA. Vendors shall list of up to three (3) contracts or BPAs within the past 5 years under which same / similar items have been provided to the Government and list contract/BPA title and location, contract/BPA type, contract BPA value, types of items / services provided, end-user (customer) POC name / telephone number / email address. The Government may contact POCs provided and request information regarding vendor performance under the referenced contract/agreement and use any / all past performance information available. (3) Completed Business Declaration Form (form is attached to this announcement); and (Attachment #3) Establishment of BPA's BPA's will be established with the responsible Vendors who's capability conforming to this RFQ, is most advantageous to the Government using a two-part evaluation. First the capability statements will be evaluated for on a pass/fall basis on whether or not the vendor has performed video production work for NMUSA within the last 5 years. Vendors that do not meet this requirement, will be removed from further considerations for award. Next, the capability statement of vendors who pass the initial pass/fail evaluation will be evaluated using best value tradeoff procedures in terms of the following evaluation factor: Past Performance. SOLICITATION PROVISIONS AND CLAUSES (1) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and DFARS Publication Notice (DPN) 20180629. (2) FAR and DFARS provisions and clauses may be found at: http://farsite.hill.af.mil/ (3) The following FAR provisions shall apply to subsequently established BPAs: • 52.204-16, Commercial and Government Entity Cage Code Reporting; • 52.212-1, Instructions to Offerors - Commercial Items; and • 52.252-1, Solicitation Provisions Incorporated by Reference. (4) The following FAR clauses shall apply to subsequently established BPAs: • 52.204-18, Commercial and Government Entity Cage Code Reporting Maintenance; • 52.212-4, Contract Terms and Conditions - Commercial Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including [52.204-10, Reporting Executive compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management]; • 52.227-14, Rights in Data-General; • 52.227-17, Rights in Data-Special Works; • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; • 52.252-2, Clauses Incorporated by Reference. (5) The following DoD provisions or clauses (DFARS) shall apply to subsequently established BPAs: • 252.201-7000, Contracting Officer's Representative; • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; • 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • 252.204-7000, Disclosure of Information; • 252.204-7003, Control of Government Personnel Work Product; • 252.204-7007, Alternate A, Annual Representations and Certifications; • 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; • 252.204-7009, Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information; • 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; • 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; • 252.227-7015, Technical Data--Commercial Items; • 252.227-7016, Rights in Bid or Proposal Information; • 252.227-7020, Rights In Special Works; • 252.227-7021, Rights In Data--Existing Works; • 252.227-7037, Validation of Restrictive Markings on Technical Data; • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; • 252.232-7006, Wide Area WorkFlow Payment Instructions; • 252.243-7002, Requests for Equitable Adjustment, and • 252.247-7023; Transportation of Supplies by Sea. RESPONSES DUE: The due date for responses is on or before 8:00am ET, Monday, September 17, 2018 via e-mail with subject line "Capability Statement for NMUSA BPA" to Nina.T.Lin.civ@mail.mil with cc to latoya.s.hall.civ@mail.mil and andrew.e.christen.civ@mail.mil. The maximum file size for emails is 5 MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05b390d473e338eca77748e4080cfe91)
 
Record
SN05075215-W 20180908/180906231406-05b390d473e338eca77748e4080cfe91 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.